Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre, Engineers Way
Wembley
HA9 0FJ
Contact
Mr Bhavin Mistry
corporate.procurement@brent.gov.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supported Living Services for People with Learning Disabilities
Reference number
DN754721
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender which is for care and support services at the six supported living sites for adults with learning disabilities for a term of 3 years with the option to extend by yearly periods up to a maximum of 2 years (3+1+1) as outlined below:
Lot 1: Learning Disabilities Supported Living Service at Preston Road and Woodhill Crescent
Lot 2: Learning Disabilities Supported Living Service at Beechcroft Gardens and Manor Drive
Lot 3: Learning Disabilities Supported Living Service at Gladstone Park Gardens and Ruby Street
Please refer to individual contract values which are listed in the Specifications for each Lot.
two.1.5) Estimated total value
Value excluding VAT: £8,802,380
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot 1 Preston Road & Woodhill Crescent
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
The six sites are dedicated to serving vulnerable adults with a learning disability, and or those diagnosed as being on the autistic spectrum disorder. This will include some tenants who present with behaviour that may challenge. The services were designed to provide supported living accommodation which enable service users to live more independently, promote their wellbeing and reduce the potential of having to move to more restrictive forms of care, such as residential care services.
All six sites are existing services with existing service users living at the properties.
The opportunities have been developed on the basis of geographical proximity and number of units.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The duration of the contracts for the 3 Lots will be for a period of three years with the option to extend for a further two years on a one plus one basis (3+1+1) subject to satisfactory performance of the successful providers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 Beechcroft Gardens and Manor Drive
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
The six sites are dedicated to serving vulnerable adults with a learning disability, and or those diagnosed as being on the autistic spectrum disorder. This will include some tenants who present with behaviour that may challenge. The services were designed to provide supported living accommodation which enable service users to live more independently, promote their wellbeing and reduce the potential of having to move to more restrictive forms of care, such as residential care services.
All six sites are existing services with existing service users living at the properties.
The opportunities have been developed on the basis of geographical proximity and number of units.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The duration of the contracts for the 3 Lots will be for a period of three years with the option to extend for a further two years on a one plus one basis (3+1+1) subject to satisfactory performance of the successful providers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 Gladstone Park Gardens & Ruby Street
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
The six sites are dedicated to serving vulnerable adults with a learning disability, and or those diagnosed as being on the autistic spectrum disorder. This will include some tenants who present with behaviour that may challenge. The services were designed to provide supported living accommodation which enable service users to live more independently, promote their wellbeing and reduce the potential of having to move to more restrictive forms of care, such as residential care services.
All six sites are existing services with existing service users living at the properties.
The opportunities have been developed on the basis of geographical proximity and number of units.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The duration of the contracts for the 3 Lots will be for a period of three years with the option to extend for a further two years on a one plus one basis (3+1+1) subject to satisfactory performance of the successful providers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 February 2025
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 February 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
7 The Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).